Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2010 FBO #3137
SOLICITATION NOTICE

C -- NOTICE OF INTENT TO CONTRACT for IDIQ Contract for Architect-Engineer Services or Engineering Services for Pavement, Utility, and Civil Design, and GeoTechnical Engineering Services

Notice Date
6/25/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247010R2039
 
Response Due
7/26/2010
 
Archive Date
8/10/2010
 
Point of Contact
Michelle Gooden 757-322-8169
 
E-Mail Address
michelle.gooden@navy.mil
(michelle.gooden@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N62470-10-R-2039 Indefinite Delivery Indefinite Quantity Contract for Architect-Engineer or Engineering Services for Design of Pavement, Utility, and Civil Design, and GeoTechnical Engineering Services in the NAVFAC AOR Description: ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. Architect-Engineer or Engineering Services for design of pavement, utility, and civil design, and geotechnical engineering services are required for one (1) Indefinite Delivery Indefinite Quantity Contract for projects located primarily within or near the Atlantic and Gulf Coast States, with an emphasis on the states of Virginia, North Carolina, Maryland, and Florida. However, an order could be issued for projects located in other CONUS (continental United States) and OCONUS (outside the continental United States) locations. Specific services to be provided include, but are not limited to, design of pavements (predominantly at airports) for repair and/or replacement and various types of site development and utility services, and civil design and engineering projects with emphasis on the following work: Preparation of DD Form 1391 Plus and Parametric Cost Estimate (PCE) documentation (a DD Form 1391 Plus is preparation of basic project documentation including the DD Form 1391; a PCE is an enhancement of basic documentation, and includes economic analyses of alternatives and estimated utilities impacts); Design-Build Requests For Proposal packages (DB RFP packages); plans; specifications; cost estimates; related studies; all associated engineering services; shop drawing review; as-built drawing preparation; Quality Assurance Plan (QAP) preparation (provides construction contract inspection requirements) and Operation and Maintenance Support Information (OMSI) for several civil design and enginee! ring projects. On occasion, engineering services involving investigations, studies (and technical report preparation), consultation on, or the inspection and evaluation of materials or site conditions during the design, during the construction, or after the construction will be required. The general intention is to provide for such engineering services (applying sustainability concepts, including low impact development and DoD criteria), as necessary to support the construction and maintenance of facilities. Firms are required to prepare cost estimates utilizing the NAVFAC "SUCCESS" system in work breakdown structure (WBS), prepare specifications in the SPECSINTACT system format, and submit drawings in an AutoCAD compatible format. The design contract scope may require evaluation and definition of asbestos materials and toxic waste disposition. Fee negotiations would provide for laboratory testing, and subsequent preparation of plans and specifications may require definition of removal and/or definition of the disposal process. Firms responding to this announcement must be prepared to accept the aforementioned as a part of their contract responsibility. The Government will reserve an option to negotiate DB RFPs, final plans, specifications, cost estimates, related studies, all associated engineering services, and all post construction award services for all projects. The primary tasks anticipated under this contract will be civil engineering discipline oriented and will include: (A) Design of new and resurfacing of existing airfield pavements, roads, and parking lots; (B) Inspection of airfield (and other) pavements and preparation of Pavement Condition Reports using "Paver 6.0" pavement management software; (C) Design of installation security fencing, lighting and other force protection measures; (D) Design of installation and repair of shoreline erosion control measures; (E) Design of replacement and upgrade of deteriorated sanitary collection and treatment systems, potable water supply and distribution systems, storm water drainage systems, airfield lighting, and other infrastructure systems; (F) Performance of property and topographic surveys; (G) Design of facility site work to include demolition, layout, site preparation utilities and grading and drainage to include erosion control and obtaining storm water management and erosion control permits; coastline impact and other related permits. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS: The Consultant must demonstrate its and each key sub-consultant's qualifications with respect to the published evaluation factors for all services. Evaluation Factors (1) and (2) are considered most important and equal; factors (3) through (5) are slightly less important and equal; and factors (6) and (8) are of lesser importance and will be used as tiebreakers among technically equal firms. Specific evaluation factors include: Evaluation Factor 1. Specialized Experience: The Contractor shall provide a maximum of six (6) projects substantially completed between June 2007 and June 2010, that best demonstrate specialized experience relevant to the work proposed under this contract; knowledge of local codes, laws, permits and construction materials and practices in the contract area; and knowledge of and extent of experience applying sustainability concepts, including low impact development and DoD criteria. The project information shall include: project name, contract number or project identification number, geotechnical (or environmental) firm, technical services performed, percent of project work performed by Contractor, project owner's point of contact with e-mail address and phone number, and geotechnical (or environmental) firm's compliance with the contract period of performance. If the Offeror is a joint venture, information should be submitted and identified as a joint venture; however, if there is no information for the joint venture, information should be submitted for each joint venture partner, not to exceed a total of six (6) projects. Projects shall be submitted on the SF-330 and shall be completed or substantially completed projects. For submittal purposes, each task order on an Indefinite Delivery, Indefinite Quantity contract is considered a separate project. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. Evaluation Factor 2. Professional Qualifications: Firms will be evaluated in terms of key personnel's:- Active professional registration- Experience (with present and other firms) in work relevant to that proposed under this contract and specific roles of staff members on projects addressed in evaluation factor number one.- Ability to obtain security clearances for access to Government installations; offerors should identify any known limitations for staff obtaining such security clearances. Evaluation Factor 3. Organizational Ability and Capacity: Firms will be evaluated in terms of ability to manage the contract and perform the work to schedule, capacity to accomplish multiple tasks simultaneously, and capability to provide qualified backup staffing for key personnel to ensure continuity of services and surge to meet unexpected project demands. Firms should provide a management plan for the contract addressing these elements, should show current and projected workload and the impact of this contract on that workload, and should address the ability of the firm to mobilize to the location of required services (both primary and total contract area). Evaluation Factor 4. Past Performance: Firms will be evaluated on the following:- past performance on contracts with Government agencies and private industry with respect to type of work, quality of work, cost control, and compliance with performance schedules, with an emphasis on projects listed in Evaluation Factor 1; - demonstrated long-term business relationships/repeat business with Government and private customers; and - performance awards/letters of recommendations received. Firms should include any letters of commendation or awards. In evaluating past performance, the Government may consider information provided by the firm, customer inquiries, Government databases, and other publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. Evaluation Factor 5. Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination. Describe QC program and internal quality assurance procedures and address success of the program. List key personnel responsible for program. Evaluation Factor 6. Small Business and Small Disadvantaged Business Subcontracting Plan: Firms will be evaluated in terms of their extent to identify and commit to Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Historically Underutilized Business Zone Small Business (HUBZoneSB), Veteran-Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), and if applicable, Historically Black Colleges or Universities and Minority Institutions (HBCU/MI) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor. The Government will evaluate proposals based on two elements: a) Past performance in utilization of small business concerns, and (b) Participation of small business concerns for this requirement. In support of element (a), all offerors shall provide historical data on utilization of SB, SDB, WOSB, HUBZoneSB, VOSB, SDVOSB and HBCU/MI. Large Business offerors shall submit three "final" or "most recent" Individual Subcontracting Reports (ISRs) for similar contracts of relative size which show compliance with utilizing the various types of small business firms noted above. If subcontracting goals were not met, provide an explanation. If Individual Subcontracting Reports were not applicable to the similar contracts noted, large business offerors shall submit other documentation which shows their utilization of the various types of small business firms for the contracts. Small Business offerors shall also submit documentation which shows their utilization of the various types of small business firms for similar contracts of relative size. In support of element (b), large businesses shall submit a draft Small Business Subcontracting Plan, in which they will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The Secretary of the Navy has assigned the Naval Facilities Engineering Command goals for FY2010 in terms of percentages of total planned subcontracting dollars for utilization of small businesses. Demonstrate the plan to meet these goals: Small Business (SB) - 65.65%, HUBZone (HUB) - 1.37%, Small Disadvantaged Businesses (SBD) - 16.27%, Women-Owned Small Businesses (WOSB) - 14.68%, Veteran Owned Small Businesses (VOSB) - 3%, and Service Disabled Veteran-Owned Small Business (SDVOSB) - 3%. If a large business firm is selected for award, a Small Business Subcontracting Plan in accordance with FAR 19.6 and DFAR 219.7 will be required and incorporated into the contract award. A draft Small Business Subcontracting Plan is not required from small business offerors; however, small business offerors shall submit similar information on the extent to which they identify and commit to subcontracting to large business (LB), SB, SDB, WOSB, HUBZoneSB, VOSB, SDVOSB, and HBCU/MI if applicable in the performance of this contract. Evaluation Factor 7. Firm Location: Firms will be evaluated on geographic location and knowledge of primary geographic areas serviced by this contract (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract). Describe proposed location of the program management office and other office locations and how this will be advantageous to the Government. Evaluation Factor 8. Volume of Work: Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past 12 months with the objective of effecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. Firms should state the amount of work previously awarded to the firm by DOD within the past 12 months; if a joint venture, figures should be given for the joint venture as a whole and for individual joint venture partners. In evaluating volume of work, the Government may consider information provided by the firm, customer inquiries, Government databases, and other publicly available sources. There will be one (1) selection made from this announcement. The duration of the contract will be for one (1) year from the date of an initial contract award with four (4) additional one-year option periods. The guaranteed minimum is established at $5,000.00 for the entire contract term (including option years). The combined total amount that may be paid under the contract (including option years) will not exceed $15,000,000.00 for the entire contract term (including option years). The options may be exercised within the timeframe specified in the resultant contract at the sole discretion of the Government subject to the workload and/or satisfaction of the A&E's performance under the subject contract. There will be no dollar limit per task order and no dollar limit per year. Type of contract: Firm Fixed Price Indefinite Delivery Indefinite Quantity Contract. This proposed contract is being solicited on an unrestricted basis; therefore, replies to this notice are requested from all business concerns. The small business size standard classification is NAICS 541330 ($4,500,000). All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. For more information, check the DOD CCR Website: http://www.ccr.gov. SUBMISSION REQUIREMENTS: Architect-Engineer Firms that meet the requirements described in this announcement are invited to submit a completed SF 330. The SF 330 should be typed and one sided. As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF 330. Provide evidence that your firm is permitted by law to practice the professions of architecture or engineering (i.e., state registration number, a brief explanation of the firm's licensing in states that do not register firms, etc.). Responses are due no later than 2:00 p.m. EST, 26 July 2010. Interested firms shall submit four (4) hard copies of the SF 330 and four (4) CDs to Commander, Naval Facilities Engineering Command, Atlantic, Attn: Code ACQ22, Attn: Michelle Gooden, 6506 Hampton Boulevard, Mail Room, Norfolk, Virginia 23508-1278. Late responses will be handled in accordance with FAR 52.215-1. Hand carried responses will not be accepted. Electronic (E-mail, facsimile, etc.) submissions are not authorized. THIS IS NOT A REQUEST FOR PROPOSAL. Inquiries concerning this project should include solicitation number and title.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247010R2039/listing.html)
 
Record
SN02189355-W 20100627/100625235607-05ffeaa4e6dd915660d04404db139f72 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.